Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2003 FBO #0488
SOLICITATION NOTICE

40 -- Mooring Chain

Notice Date
3/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Washington, 720 Kennon Street SE Suite 333, Washington Navy Yard, Washington, DC, 20374-5063
 
ZIP Code
20374-5063
 
Solicitation Number
N47408-03-R-2417
 
Archive Date
5/16/2003
 
Point of Contact
Clare Mitchell, Contract Specialist, Phone 202-433-5315, Fax 202-433-2280, - Rita Palmore, Contracting Officer, Phone (202) 433-5313, Fax (202) 433-5244,
 
E-Mail Address
MitchellC@nfesc.navy.mil, palmorerd@nfesc.navy.mil
 
Description
The selected contractor shall provide, personnel, equipment and materials necessary to fabricate or purchase, and deliver commercial or US Navy Fleet mooring chain. The Navy requires stud-link mooring chain (1 shot equals 90 feet of mooring chain) flash-butt welded, connecting links and other mooring accessories (anchor bolt shackles, plate shackles, swivel shackles, pear links, spider plates, and ground rings) to support various mission requirements for US Navy Fleet requirements, as well as US Navy and other Department of Defense facilities. Required size of chain and components shall range from 1.5-inch to 4-inch. Mooring chain and components are to be certified to either; (1) American Bureau of Shipping Grade 3 (ABS 3a) latest edition; (2) American Bureau of Shipping ?Certification of Offshore Mooring Chain? Grade RQ3S, latest edition; or to (3) US Navy Fleet Mooring Grade 3 (FM3), ?Purchase Description for Fleet Mooring Chain and Accessories Rev E?. Specific requirements to size, quantity, type, specification and delivery destination to be provided under individual delivery orders. The minimum quantity in a delivery order for any size, type chain or components shall be 10. The chain manufacturing facility shall be approved by the American Bureau of Shipping. Certification must be submitted with the Contractor's proposal stating the maximum size and ABS specification that the facility is certified to. A copy of the manufacturers Quality Control Plan demonstrating adherence to the required quality assurance procedures as called out by FM3 and ABS specifications shall be submitted with the contractor?s proposal. Contractor welder qualifications and qualified weld procedures to be used shall be submitted with the contractor?s proposal. Unless specified in a delivery order, shipment of materials shall be to a location within the continental United States. The contractor shall state the primary type of transportation to be used with the contractor?s proposal. For chain manufactured to ABS3, each heat of bars used in manufacturing of the chain in this specification must meet the hydrogen embrittlement requirements for RQ3 offshore mooring chain per ABS Guide For Certification of Offshore Mooring Chain, 1999 or latest edition. An alternative procedure to minimize hydrogen embrittlement may be submitted for approval by the Government. The manufacturer shall submit a Quality Control Inspection Report and Certificate of Conformance listing results of all dimensional checks, test and inspection reports, non-destructive test reports, process records, photographs, mill test reports, proof and break test reports, tensile and impact test reports, and other reports and required by the specifications to which the mooring chain and components were fabricated to. The minimum guaranteed order in this contract is 1 delivery order. This contract is for a base year and 4 option years. The maximum ceiling per base or option yuear is $1,000,000. The Government may elect to make a single or multiple award. LINKURL: http://www.esol.navfac.navy.mil LINKDESC: Electronic Solicitation EMAILADD: http://palmorerd@nfesc.navy.mil EMAILDESC: Rita Palmore, Contracting Officer CITE: (W-086 SN50H456)
 
Place of Performance
Address: United States
Country: U
 
Record
SN00291853-W 20030402/030331213623 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.